Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

65 -- X Ray Machine - (Draft)

Notice Date
9/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, Michigan, 48906-2934, United States
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-18-Q-0087
 
Point of Contact
Milagros Isabel-Baez, Phone: 5174817817
 
E-Mail Address
milagros.isabelbaez.mil@mail.mil
(milagros.isabelbaez.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications Sheet with Images of item This is a combined synopsis/solicitation for commercial items prpared in accordance wiht the format in Subpart 12.6, as supplemented with additional information included in this notice. This annoucement constitutes the only solicitation being requested. A written solicitation will not be issued. The solicitation number is W912JB-18-Q-0010. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiition Circular 2005-89. this requirement is 100% set aside for small business. THe associated NAICS code is 339112 and small business standard is a thousand (1000) employees. This is a firm fixed price requirement for supply for a X-Ray Machine. Medical Floor Mounted Tube Stand (1st component)  10ft Floor Plate  Platform tube mount standard  Telescope vertical column with tube support and operator controls  Focal spot travel: o Transverse travel range, 10.75'' o Vertical travel range, 62.72''  Minimum ceiling height, 87''  180 degrees tube rotation about the horizontal axis  Control buttons for the following actions: (located on the control handle)  Longitude lock, transverse lock, vertical lock, column rotations roll rock, all locks and automatic detent stops  Centering detent aligns focal spot to image receptor  Electromagnetic locks Certified Manual Collimator (1st component)  External adjustment of mirror angulation  High luminosity power LED for light field projection. LED cluster life 50,000 hours  Times that limits clusters ON time to 30 seconds  Radiation shielding: 150 kVp - 4 Ma RAD 14 Tube (1st component)  90 degrees cable arms, 0.6x1.2mm FS, 300kVp, 150kVp, 12 degree target, 3" anode 25' Generator High Voltage Cables, 150kVp 40kW, 500mA, High Frequency Generator (Single or Three Phase)(1st component)  125 kVp  Anatomical programming with 768 programmable technique selection  One, two, or three point technique selection  Integrated 24volt AC/DC power supply  Integrated line match transformer  Continuous kV and mA stabilization  Tube Protection Circuitry  Integrated service software assists in calibration and service  Self-diagnostic circuitry with error code recording for fast trouble shooting Elevating Table with Four-Way-Float Top (1st component)  Minimum of 800 lb. patient load capacity  Minimum measurements of 86.5" X 35.9'' Fiber resin table-top  Height adjustment: 21.75'' to 33.77''  Table top movement +/- 21.25 longitudinal, +/- transverse  Silent Heavy-duty motor for quiet and efficient elevating action  Recessed foot treadle lock controls for longitudinal and traverse, table-top up/down movement  Integral collision safety sensors  Grid Cabinet 17'' X 17'' and One deluxe, heavy-duty ROTATING cassette tray  103 line, 10:1 Ratio, 34-44'' Grid VS100 Wall Stand (1st component)  Dual counterweight cabled for added safety  Grid Cabinet 17 X 17'' and One deluxe, heavy-duty manual cassette tray  Overhead Patient Handgrips  Height: 86.75 (includes vertical travel) Depth: 13", Width: 23.25''  103 line, 10:1 Ratio, 40-72'' grid Digital Radiographic System Package Desktop Workstation with 24'' Touch Screen Display (2nd component)  Workstation CPU and software  Mouse and Keyboard  Must meet or equal to Dell 24'' touchscreen display  Must be easy operation and high throughput with a touch-friendly user interface  Auto-Cropping, auto-labeling, auto-rotation, gridline removal, stitching  Reject analysis and exposure statistics  DICOM store, Print, Modality Worklist MPPS  Stable and reliable Automatic Exposure Detection  Ability to interface to generators, collimators, and DAP  Workstation must meet or be equal to a Dell OptiPlex, intel 3.2 Ghz, 16GB RAM, 1TB HD, Windows 10 Pro64-bit 14X17 Gad-Ox Wireless Detector Package (2nd component)  One (1) 14x17 Gad-Ox Wireless FPD specs o GOS: Gadolinium Oxysulfide Scintillator o Dimensions 18''x 15.1''x 0.6'', 7.3lbs o Image size: 14x17'' cassette size o Image acquisition time 2 seconds (Preview) 4.5 seconds (High Resolutions)  One (1) system control unit for a wireless detector  One (1) Generator interface cable for a wireless detector  Three (3) Lithium Ion Batteries  One (1) battery charger *Must include a warranty: o Remotely technical support subscription One (1) Year o Drop insurance program One (1) year subscription Diagnostic Diagnostic Image Management System (2nd component)  Window width/window level, image magnification, zoom, and panning  Measurement tools, markers, and annotations  Cine image playback with export ability to a variety of image video formats  Customizable hanging protocols with single and multi-monitor support  Import DICOM and standard image file formats (JPEG, BMP, etc.)  CD/DVD burning with embedded image viewer  Configurable automatic and manual image routing to DICOM store destinations  DICOM and Window print  DICOM Query and retrieve (SCU/SCP)  Individual user profiles and preference customization  User-role based access and audit-trail for HIPAA compliance  Basic reporting (.txt &.rft ) with PDF export Must include Software that meets or is equal to: (2nd component)  Concurrent User License  System Manager Server License Small Form Factor 1TB Workstation: (2nd component)  Must meet or be equal to Intel i5 3.0GHz Processor, 16GB RAM, minimum of 1TB HD, DVD +/- RW, Windows 10 Professional 64-bit  Key Board and Mouse WARRENTY THAT MUST BE INCLUDED IN QOUTE: must meet or be equal to:  Warranty on the X-Ray system for a minimum of One (1) Year.  Drop warranty for a minimum of One (1) year  Labor warranty for a minimum of One (1) year ADDITIONAL INSTRUCTIONS MUST BE INCLUDED IN QUOTE  Must include layout consultation, unpacking, installation, and removal and disposal of old equipment at performance site. 1. Please submit a specification sheet and image of X-Ray Machine and components with description of each component for quote to be considered; if specification sheet with description of components and image is not included with quote, the offer will not be considered. 2. Everything listed on the solicitation must meet or be comparable to the items being requested. 3. Award will be made to the offer based on the following components and evaluated equally: Price, Technical Conformity of Specifications, No negative or adverse information on FAPIIS within the last three (3) years. 4. Quotes must be valid for at least 60 days. 5. Award may be made without discussions or clarifications. All information should be identifiable in writing based on quote submitted. If government is unable to ascertain adherence to the specs based on the information submitted by quoter, quote may be rendered unacceptable and excluded from consideration. 6. Must be registered in SAM 7. Must have access to Wide Area Work Flow. The following clauses will be included in the award (details can be located on http://farsite.hil.af.mil): FAR: 2.203-19 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements or Statements 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 52.222-36 Equal Opportunity for Workers with Disabilities 52.219-7 Notice of Partial Small business set aside 52.222-26 Equal opportunity 52.212-1 Instructions to offerors- Commercial items 52.212-2 Evaluation- Commercial items 52.212-5 Contract Terms and Conditions 52.212-4 Notice of Price Evaluation Preference for HUB zone small business concerns DFARS: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information by Litigation Support Contractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-18-Q-0087/listing.html)
 
Place of Performance
Address: 3405 N Martin Luther King Jr, Building 40, Lansing, Michigan, 48906, United States
Zip Code: 48906
 
Record
SN05082203-W 20180912/180910231806-87f03c431ac54a3e0e9c952435f88994 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.